Procurement of PROJECTS - Philippine Ports Authority

67
PHILIPPINE BIDDING DOCUMENTS Procurement of INFRASTRUCTURE PROJECTS Government of the Republic of the Philippines REPAIR/REPLACEMENT OF DAMAGED PCC PAVEMENT AND MOORING BOLLARD OF FERRY LANDING AT PORT CAPINPIN, ORION, BATAAN (NRP-BAA-02-21) Sixth Edition July 2020

Transcript of Procurement of PROJECTS - Philippine Ports Authority

1

PHILIPPINE BIDDING DOCUMENTS

Procurement of INFRASTRUCTURE

PROJECTS

Government of the Republic of the Philippines

REPAIR/REPLACEMENT OF DAMAGED PCC PAVEMENT AND MOORING BOLLARD OF FERRY LANDING AT PORT CAPINPIN, ORION, BATAAN

(NRP-BAA-02-21)

Sixth Edition

July 2020

2

TABLE OF CONTENTS

Glossary of Terms, Abbreviations, and Acronyms ........................................ 4

Section I. Invitation to Bid ............................................................................... 7

Section II. Instructions to Bidders ................................................................ 10

1. Scope of Bid ..................................................................................................... 111

2. Funding Information ......................................................................................... 111

3. Bidding Requirements ....................................................................................... 111

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ................. 111

5. Eligible Bidders .................................................................................................. 12

6. Origin of Associated Goods .............................................................................. 122

7. Subcontracts ..................................................................................................... 122

8. Pre-Bid Conference ........................................................................................... 122

9. Clarification and Amendment of Bidding Documents ....................................... 122

10. Documents Comprising the Bid: Eligibility and Technical Components ............ 133

11. Documents Comprising the Bid: Financial Component ....................................... 13

12. Alternative Bids ................................................................................................ 144

13. Bid Prices ......................................................................................................... 144

14. Bid and Payment Currencies ............................................................................. 144

15. Bid Security ...................................................................................................... 144

16. Sealing and Marking of Bids ............................................................................. 144

17. Deadline for Submission of Bids ....................................................................... 155

18. Opening and Preliminary Examination of Bids .................................................. 155

19. Detailed Evaluation and Comparison of Bids .................................................... 155

20. Post Qualification ............................................................................................. 155

21. Signing of the Contract ..................................................................................... 166

Section III. Bid Data Sheet .......................................................................... 177

Section IV. General Conditions of Contract ................................................. 20

1. Scope of Contract................................................................................................ 21

2. Sectional Completion of Works .......................................................................... 21

3. Possession of Site................................................................................................ 21

4. The Contractor’s Obligations .............................................................................. 21

5. Performance Security .......................................................................................... 22

6. Site Investigation Reports ................................................................................... 22

3

7. Warranty ............................................................................................................. 22

8. Liability of the Contractor ................................................................................... 22

9. Termination for Other Causes ............................................................................. 22

10. Dayworks............................................................................................................ 23

11. Program of Work ................................................................................................ 23

12. Instructions, Inspections and Audits .................................................................... 23

13. Advance Payment ............................................................................................... 23

14. Progress Payments .............................................................................................. 23

15. Operating and Maintenance Manuals ................................................................ 244

Section V. Special Conditions of Contract .................................................... 25

Section VI. Specifications ............................................................................ 277

Section VII. Drawings .................................................................................... 42

Section VIII. Bill of Quantities ...................................................................... 45

Section IX. Checklist of Technical and Financial Documents ..................... 48

Section X. Bidding Forms .............................................................................. 51

4

Glossary of

Terms, Abbreviations, and Acronyms

ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to

and in consonance with the requirements of the bidding documents. Also referred to as

Proposal and Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who

submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,

Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,

furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,

Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016

revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects

or activities of the GOP requiring adequate external technical and professional expertise that

are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:

(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)

construction supervision; (v) management and related services; and (vi) other technical

services or special studies. (2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and the

Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and

Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting

Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract

Form signed by the parties, including all attachments and appendices thereto and all

documents incorporated by reference therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring

Entity and to whom the Contract to execute the Work was awarded. Contractor as used in

these Bidding Documents may likewise refer to a supplier, distributor, manufacturer, or

consultant.

5

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.

Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose

funding source is from a foreign government, foreign or international financing institution as

specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section

5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except

Consulting Services and Infrastructure Projects, which may be needed in the transaction of

public businesses or in the pursuit of any government undertaking, project or activity,

whether in the nature of equipment, furniture, stationery, materials for construction, or

personal property of any kind, including non-personal or contractual services such as the

repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,

security, and related or analogous services, as well as procurement of materials and supplies

provided by the Procuring Entity for such services. The term “related” or “analogous

services” shall include, but is not limited to, lease or purchase of office space, media

advertisements, health maintenance services, and other services essential to the operation of

the Procuring Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,

repair, restoration or maintenance of roads and bridges, railways, airports, seaports,

communication facilities, civil works components of information technology projects,

irrigation, flood control and drainage, water supply, sanitation, sewerage and solid waste

management systems, shore protection, energy/power and electrification facilities, national

buildings, school buildings, hospital buildings, and other related construction projects of the

government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,

infrastructure project or consulting services. A Procurement Project shall be described,

detailed, and scheduled in the Project Procurement Management Plan prepared by the agency

which shall be consolidated in the procuring entity's Annual Procurement Plan. (GPPB

Circular No. 06-2019 dated 17 July 2019)

6

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

7

Section I. Invitation to Bid

8

INVITATION TO BID

FOR THE:

REPAIR/REPLACEMENT OF DAMAGED PCC PAVEMENT AND MOORING BOLLARD OF

FERRY LANDING AT PORT CAPINPIN, ORION, BATAAN (NRP-BAA-02-21)

1. The Philippine Ports Authority – Port Management Office-Bataan/Aurora, through the PPA Corporate Budget of the Authority for CY 2021, intends to apply the sum of Twenty Eight Million Nine Hundred Sixty Eight Thousand Two Hundred Forty One Pesos (P 28,968,241.00) being the Approved Budget for the Contract (ABC) to payments under the contract for the Repair/Replacement of Damaged PCC Pavement and Mooring Bollard of Ferry Landing at Port Capinpin, Orion, Bataan. Bids received in excess of the ABC shall be automatically rejected at bid opening.

2. The Philippine Ports Authority- PMO-Bataan/Aurora now invites bids for the following Scope of Works: A. General Expenses B. Demolition, Excavation and Disposal C. Repair of PCC Pavement along Roadway and Ferry Landing D. Mooring Fixtures

Completion of the Works is required in One Hundred Fifty (150) Calendar Days. Bidders

should have completed a contract similar to the project. The description of an eligible

bidder is contained in the Bidding Documents, particularly, in Section II. Instructions to

Bidders.

3. Bidding will be conducted through open competitive bidding procedures using non-discretionary “Pass/Fail” criterion as also specified in the 2016 Revised IRR of R.A. 9184, otherwise known as the “Government Procurement Reform Act.”

Bidding is restricted to Filipino citizens/sole proprietorships, cooperatives, and

partnerships or organizations with at least seventy five percent (75%) interest or

outstanding capital stock belonging to citizens of the Philippines.

4. Interested bidders may obtain further information from the Bids and Awards Committee, Philippine Ports Authority, Port Management Office- Bataan/Aurora and inspect the Bidding Documents at the address given below from 8:00 a. m. to 5:00 p.m., Monday to Friday.

5. A complete set of Bidding Documents may be acquired by interested Bidders starting August 19, 2021 f rom the address below and upon payment of the applicable fee for the B i dd ing Docum ent s , pu r suant to the l a tes t Gui del i nes i ssued by the GPP B, i n t he am ount o f TW E NTY F IVE THO USAND P ESO S ( P 25 , 000. 00) .

It may also be downloaded free of charge from the website of the Philippine Government

Electronic Procurement System (PhilGEPS) and the website of the Philippine Ports

Authority, provided that bidders shall pay the applicable fee for the Bidding Documents

not later than the submission of their bids.

6. The Philippine Ports Authority- PMO-Bataan/Aurora Bids and Awards Committee for Engineering Projects will hold a Pre-Bid Conference on August 27, 2021 at 3:00 p.m. at PPA-PMO-Bataan, Aurora Conference Hall, Port of Lamao, Limay, Bataan, which shall be

9

open to prospective bidders. All Interested parties who will participate in the Pre-bid Conference and Opening of Bid should possess a proper authorization and company ID.

7. B ids m ust be dul y receiv ed by the BAC Secretar i at on or before 1:30 p .m. o f September 8, 2021 at the Bids and Awards Committee, Philippine Ports Authority, Port Management Office- Bataan/Aurora, POB Bldg, Port of Lamao, Limay, Bataan. All bids must be accompanied by a Bid Security in accordance with Section 27.2 of the Revised IRR of R.A. 9184.

Bid opening shall be on September 8, 2021, 3:00 p.m. at PMO- Bataan/Aurora

Conference Room, Admin. Bldg, Port of Lamao, Limay, Bataan. Bids will be opened in

the presence of the Bidder’s representatives who choose to attend at the address

below. Late bids shall not be accepted.

8. Required PCAB Registration: Small B – General Engineering

Submission of Company Prof i l e i s requi red for new interested bidders whose legal

documents are not yet on file with the PMO-Bataan/Aurora Bids and Awards Committee.

9. The Philippine Ports Authority reserves the right to accept or reject any bid, to annul the bidding process, and to reject all bids at any time prior to contract award in accordance with Section 41 of RA 9184 and its IRR, without thereby incurring any liability to the affected bidder or bidders.

10. For further information, please refer to:

BAC Secretariat, Ms. Alona V. Yumol

Bids and Awards Committee, PPA PMO-Bataan/Aurora

POB Bldg, Port of Lamao, Limay, Bataan

Tel. Nos. (047) 2446936 / (047) 2446246;

PPA Website: www.ppa.com.ph

(SIGNED) NILO RIENZIE H. DEPASUCAT

Chairperson, BAC

Date of Posting: August 19-26, 2021

10

Section II. Instructions to Bidders

11

1. Scope of Bid

The Procuring Entity, PHILIPPINE PORTS AURHORITY, PMO –

BATAAN/AURORA invites Bids for the “REPAIR/REPLACEMENT OF

DAMAGED PCC PAVEMENT AND MOORING BOLLARD OF FERRY

LANDING AT PORT OF CAPINPIN, ORION, BATAAN” with Project

Identification Number NRP-BAA-02-21.

The Procurement Project (referred to herein as “Project”) is for the construction of

Works, as described in Section VI (Specifications).

2. Funding Information

2.1. The GOP through the source of funding as indicated below for CY 2021 in the

amount of ₱ 28,968,241.00

2.2. The source of funding is the Corporate Operating Budget.

3. Bidding Requirements

The Bidding for the Project shall be governed by all the provisions of RA No. 9184

and its 2016 revised IRR, including its Generic Procurement Manual and associated

policies, rules and regulations as the primary source thereof, while the herein clauses

shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only

to the ongoing posting, advertisement, or invitation to bid by the BAC through the

issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the

site, determined the general characteristics of the contracted Works and the conditions

for this Project, such as the location and the nature of the work; (b) climatic

conditions; (c) transportation facilities; (c) nature and condition of the terrain,

geological conditions at the site communication facilities, requirements, location and

availability of construction aggregates and other materials, labor, water, electric

power and access roads; and (d) other factors that may affect the cost, duration and

execution or implementation of the contract, project, or work and examine all

instructions, forms, terms, and project requirements in the Bidding Documents.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices

The Procuring Entity, as well as the Bidders and Contractors, shall observe the

highest standard of ethics during the procurement and execution of the contract. They

or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and

obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.

9184 or other integrity violations in competing for the Project.

12

5. Eligible Bidders

5.1. Only Bids of Bidders found to be legally, technically, and financially capable

will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest

Completed Contract (SLCC) that is similar to this Project, equivalent to at

least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to

current prices using the PSA’s CPI, except under conditions provided for in

Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the

major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign

government/foreign or international financing institution may agree on another

track record requirement, as specified in the Bidding Document prepared for

this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of

the 2016 IRR of RA No. 9184.

6. Origin of Associated Goods

There is no restriction on the origin of Goods other than those prohibited by a

decision of the UN Security Council taken under Chapter VII of the Charter of the

UN.

7. Subcontracts

7.1. The Bidder may subcontract portions of the Project to the extent allowed by

the Procuring Entity as stated herein, but in no case more than fifty percent

(50%) of the Project.

The Procuring Entity has prescribed that:

a. Subcontracting is not allowed.

8. Pre-Bid Conference

The Procuring Entity will hold a pre-bid conference for this Project on August 27,

2021 at 3:00 PM at PPA, PMO-Bataan/Aurora Conference Hall, Port of Lamao,

Limay, Bataan, as indicated in paragraph 6 of the IB.

1. Clarification and Amendment of Bidding Documents

Prospective bidders may request for clarification on and/or interpretation of any part

of the Bidding Documents. Such requests must be in writing and received by the

Procuring Entity, either at its given address or through electronic mail indicated in the

13

IB, at least ten (10) calendar days before the deadline set for the submission and

receipt of Bids.

2. Documents Comprising the Bid: Eligibility and Technical

Components

10.1. The first envelope shall contain the eligibility and technical documents of the

Bid as specified in Section IX. Checklist of Technical and Financial

Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents

for submission to the BAC are in foreign language other than English, it must

be accompanied by a translation in English, which shall be authenticated by

the appropriate Philippine foreign service establishment, post, or the

equivalent office having jurisdiction over the foreign bidder’s affairs in the

Philippines. For Contracting Parties to the Apostille Convention, only the

translated documents shall be authenticated through an apostille pursuant to

GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation

shall govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid

special PCAB License, and registration for the type and cost of the contract for

this Project. Any additional type of Contractor license or permit shall be

indicated in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project

Engineers, Materials Engineers, and Foremen) assigned to the contract to be

bid, with their complete qualification and experience data shall be provided.

These key personnel must meet the required minimum years of experience set

in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or

under purchase agreements, supported by proof of ownership, certification of

availability of equipment from the equipment lessor/vendor for the duration of

the project, as the case may be, must meet the minimum requirements for the

contract set in the BDS.

3. Documents Comprising the Bid: Financial Component

11.1. The second bid envelope shall contain the financial documents for the Bid as

specified in Section IX. Checklist of Technical and Financial Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be

accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices

provided the conditions are met under Section 31.2 of the 2016 revised IRR of

RA No. 9184.

14

4. Alternative Bids

Bidders shall submit offers that comply with the requirements of the Bidding

Documents, including the basic technical design as indicated in the drawings and

specifications. Unless there is a value engineering clause in the BDS, alternative Bids

shall not be accepted.

5. Bid Prices

All bid prices for the given scope of work in the Project as awarded shall be

considered as fixed prices, and therefore not subject to price escalation during

contract implementation, except under extraordinary circumstances as determined by

the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract

Price Escalation guidelines.

6. Bid and Payment Currencies

14.1. Bid prices may be quoted in the local currency or tradeable currency accepted

by the BSP at the discretion of the Bidder. However, for purposes of bid

evaluation, Bids denominated in foreign currencies shall be converted to

Philippine currency based on the exchange rate as published in the BSP

reference rate bulletin on the day of the bid opening.

14.2. Payment of the contract price shall be made in:

a. Philippine Pesos.

7. Bid Security

15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid

Security in the amount indicated in the BDS, which shall be not less than the

percentage of the ABC in accordance with the schedule in the BDS.

15.2. The Bid and bid security shall be valid until One Hundred Twenty (120)

days from the date set for Bid Opening. Any bid not accompanied by an

acceptable bid security shall be rejected by the Procuring Entity as non-

responsive.

8. Sealing and Marking of Bids

Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of

the Bid. However, failure of the Bidders to comply with the said request shall not be a

ground for disqualification.

15

If the Procuring Entity allows the submission of bids through online submission to the

given website or any other electronic means, the Bidder shall submit an electronic

copy of its Bid, which must be digitally signed. An electronic copy that cannot be

opened or is corrupted shall be considered non-responsive and, thus, automatically

disqualified.

9. Deadline for Submission of Bids

The Bidders shall submit on or be fo re 1:30 p.m. of September 8, 2021 at the

Bids and Awards Committee, Philippine Ports Authority, Port Management

Office- Bataan/Aurora, POB Bldg, Port of Lamao, Limay, Bataan, as indicated in

paragraph 7 of the IB.

10. Opening and Preliminary Examination of Bids

18.1. The BAC shall open the Bids in public at September 8, 2021, 3:00 p.m. at

PMO- Bataan/Aurora Conference Room, Admin. Bldg, Port of Lamao,

Limay, Bataan. The Bidders’ representatives who are present shall sign a

register evidencing their attendance. In case videoconferencing, webcasting or

other similar technologies will be used, attendance of participants shall

likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the

rescheduling requirements under Section 29 of the 2016 revised IRR of RA

No. 9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the

2016 revised IRR of RA No. 9184.

11. Detailed Evaluation and Comparison of Bids

19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation

of all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC

shall consider the conditions in the evaluation of Bids under Section 32.2 of

2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as

indicated in the BDS shall be received by the same deadline and opened and

evaluated simultaneously so as to determine the Bid or combination of Bids

offering the lowest calculated cost to the Procuring Entity. Bid Security as

required by ITB Clause 15 shall be submitted for each contract (lot)

separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016

revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for

all the lots participated in by the prospective Bidder.

12. Post Qualification

16

Within a non-extendible period of five (5) calendar days from receipt by the Bidder of

the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall

submit its latest income and business tax returns filed and paid through the BIR

Electronic Filing and Payment System (eFPS), and other appropriate licenses and

permits required by law and stated in the BDS.

13. Signing of the Contract

The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184

shall form part of the Contract. Additional Contract documents are indicated in the

BDS.

17

Section III. Bid Data Sheet

18

Bid Data Sheet ITB Clause

5.2 For this purpose, contracts similar to the Project refer to contracts which have

the same major categories of work, which shall be:

Description/Clarification Unit of Measure Quantity

(at least)

Demolition Works sq.m 3000

Concreting Works cu.m 900

7.1

Portion of Works allowed to be

subcontracted:

Subcontracting is not allowed

Maximum Percentage allowed to be

subcontracted:

Subcontracting is not allowed

10.3 No Further instructions.

10.4

The key personnel must meet the required minimum years of experience set

below:

Key Personnel

a. Project Manager

b. Project Engineer

c. Materials Engineer

d. Construction Safety

and Health Officer

e. Foreman

General Experience Relevant Experience

(Minimum)

Five (5) years

Three (3) years

One (1) year

One (1) year

Five (5) years

10.5 The minimum major equipment requirements are the following:

Equipment Capacity Number of Units

Hydraulic Breaker N/A 1 unit

Concrete Cutter 7.5HP 1 unit

Backhoe 1.0cu.m – 128HP 1 unit

Oxy/Acetylene Cutting

Outfit

N/A 1 unit

Portable Jack Hammer N/A 1 unit

Dump Truck 12cu.m – 290HP 1 unit

Boom Truck 10 Tons 1 unit

Road Roller 3.5 Tons 1 unit

Road Grader 125HP 1 unit

Plate Compactor 5HP 1 unit

Water Truck 1000Gal 1 unit

Concrete Screeder N/A 1 unit

Concrete Vibrator N/A 1 unit

Welding Machine N/A 1 unit

Electric Grinder N/A 1 unit

Electric Drill N/A 1 unit

Electric Bar Cutter N/A 1 unit

Electric Bar Bender N/A 1 unit

19

H-Frame Scaffolding N/A 1 lot

12 Value Engineering Clause:

Not Allowed.

15.1 The bid security shall be in the form of a Bid Securing Declaration or any of

the following forms and amounts:

a. The amount of not less than ₱ 579,364.82 if bid security is in cash,

cashier’s/manager’s check, bank draft/guarantee or irrevocable letter of

credit;

b. The amount of not less than ₱ 1,448,412.05 if bid security is in Surety

Bond.

16 Each bidder shall submit One (1) original and Two (2) hard copies of the

Technical and Financial components envelope of its bid. The original and the

copies of the bid documents should be properly labeled on the cover indicating

thereon the name of the project, contact number, name and address of the

contractor and name and address of the implementing agency and which

should be book bound with cover.

19.2 Partial bids:

Not allowed.

20 Other appropriate license and permits required:

None

21

Additional contract documents are as follows:

1. Construction Schedule and S-curve

2. Manpower Schedule

3. Construction Methods

4. Equipment Utilization Schedule

5. Construction Safety and Health Program approved by the

Department of Labor and Employment, and PERT/CPM.

6. Other acceptable tools of project scheduling

20

Section IV. General Conditions of Contract

21

1. Scope of Contract

This Contract shall include all such items, although not specifically mentioned, that

can be reasonably inferred as being required for its completion as if such items were

expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised

IRR, including the Generic Procurement Manual, and associated issuances, constitute

the primary source for the terms and conditions of the Contract, and thus, applicable

in contract implementation. Herein clauses shall serve as the secondary source for the

terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA

No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all

procurement activities, the advertisement, posting, or invitation of which were issued

after the effectivity of the said amendment.

2. Sectional Completion of Works

If sectional completion is specified in the Special Conditions of Contract (SCC),

references in the Conditions of Contract to the Works, the Completion Date, and the

Intended Completion Date shall apply to any Section of the Works (other than

references to the Completion Date and Intended Completion Date for the whole of the

Works).

3. Possession of Site

3.1 The Procuring Entity shall give possession of all or parts of the Site to the

Contractor based on the schedule of delivery indicated in the SCC, which

corresponds to the execution of the Works. If the Contractor suffers delay or

incurs cost from failure on the part of the Procuring Entity to give possession

in accordance with the terms of this clause, the Procuring Entity’s

Representative shall give the Contractor a Contract Time Extension and certify

such sum as fair to cover the cost incurred, which sum shall be paid by

Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity

will be deemed to have delayed the start of the relevant activities. The

resulting adjustments in contract time to address such delay may be addressed

through contract extension provided under Annex “E” of the 2016 revised IRR

of RA No. 9184.

4. The Contractor’s Obligations

The Contractor shall employ the key personnel named in the Schedule of Key

Personnel indicating their designation, in accordance with ITB Clause 10.3 and

specified in the BDS, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel only if

their relevant qualifications and abilities are equal to or better than those of the

personnel listed in the Schedule.

22

5. Performance Security

5.1. Within ten (10) calendar days from receipt of the Notice of Award from the

Procuring Entity but in no case later than the signing of the contract by both

parties, the successful Bidder shall furnish the performance security in any of

the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,

acknowledges the right of the Procuring Entity to institute action pursuant to

RA No. 3688 against any subcontractor be they an individual, firm,

partnership, corporation, or association supplying the Contractor with labor,

materials and/or equipment for the performance of this Contract.

6. Site Investigation Reports

The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports

referred to in the SCC supplemented by any information obtained by the Contractor.

7. Warranty

7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2

of the 2016 revised IRR, the Procuring Entity shall forfeit its performance

security, subject its property(ies) to attachment or garnishment proceedings,

and perpetually disqualify it from participating in any public bidding. All

payables of the GOP in his favor shall be offset to recover the costs.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on

force majeure, shall cover the period from the date of issuance of the

Certificate of Final Acceptance by the Procuring Entity. Specific duration of

the warranty is found in the SCC.

8. Liability of the Contractor

Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability

under this Contract shall be as provided by the laws of the Republic of the

Philippines.

If the Contractor is a joint venture, all partners to the joint venture shall be jointly and

severally liable to the Procuring Entity.

9. Termination for Other Causes

Contract termination shall be initiated in case it is determined prima facie by the

Procuring Entity that the Contractor has engaged, before, or during the

implementation of the contract, in unlawful deeds and behaviors relative to contract

acquisition and implementation, such as, but not limited to corrupt, fraudulent,

collusive, coercive, and obstructive practices as stated in ITB Clause 4.

23

10. Dayworks

Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of

RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the

Contractor’s Bid shall be used for small additional amounts of work only when the

Procuring Entity’s Representative has given written instructions in advance for

additional work to be paid for in that way.

11. Program of Work

11.1. The Contractor shall submit to the Procuring Entity’s Representative for

approval the said Program of Work showing the general methods,

arrangements, order, and timing for all the activities in the Works. The

submissions of the Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for

approval an updated Program of Work at intervals no longer than the period

stated in the SCC. If the Contractor does not submit an updated Program of

Work within this period, the Procuring Entity’s Representative may withhold

the amount stated in the SCC from the next payment certificate and continue

to withhold this amount until the next payment after the date on which the

overdue Program of Work has been submitted.

12. Instructions, Inspections and Audits

The Contractor shall permit the GOP or the Procuring Entity to inspect the

Contractor’s accounts and records relating to the performance of the Contractor and to

have them audited by auditors of the GOP or the Procuring Entity, as may be

required.

13. Advance Payment

The Procuring Entity shall, upon a written request of the Contractor which shall be

submitted as a Contract document, make an advance payment to the Contractor in an

amount not exceeding fifteen percent (15%) of the total contract price, to be made in

lump sum, or at the most two installments according to a schedule specified in the

SCC, subject to the requirements in Annex “E” of the 2016 revised IRR of RA No.

9184.

14. Progress Payments

The Contractor may submit a request for payment for Work accomplished. Such

requests for payment shall be verified and certified by the Procuring Entity’s

Representative/Project Engineer. Except as otherwise stipulated in the SCC,

materials and equipment delivered on the site but not completely put in place shall not

be included for payment.

24

15. Operating and Maintenance Manuals

15.1. If required, the Contractor will provide “as built” Drawings and/or operating

and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates

stated above, or they do not receive the Procuring Entity’s Representative’s

approval, the Procuring Entity’s Representative may withhold the amount

stated in the SCC from payments due to the Contractor.

25

Section V. Special Conditions of Contract

26

Special Conditions of Contract

GCC Clause

2 Sectional Completion

None.

4.1 The Procuring Entity shall give possession of all parts of the Site to the

Contractor upon commencement of the project.

6 The site investigation reports:

None.

7.2 Buildings of types 1, 2, and 3 as classified under the National Building

Code of the Philippines, concrete/asphalt roads, concrete river control,

drainage, irrigation lined canals, river landing, deep wells, rock

causeway, pedestrian overpass, and other similar semi-permanent

structures: Five (5) years.

10 No dayworks are applicable to the contract.

11.1 The Contractor shall submit the Program of Work to the Procuring

Entity’s Representative within _________ days of delivery of the Notice

of Award.

11.2 The amount to be withheld for late submission of an updated Program of

Work is __________.

13 The provision on advance payments or mobilization fees in the terms

and conditions of all contracts/ purchase orders/ job orders for goods,

services and infrastructure projects that will be signed or executed shall

henceforth be excluded.

14 No further instructions.

15.1 The date by which operating and maintenance manuals are required is

__________.

The date by which “as built” drawings are required is __________.

15.2 The amount to be withheld for failing to produce “as built” drawings

and/or operating and maintenance manuals by the date required is

amount of final billing.

27

Section VI. Specifications

28

29

REINFORCED CONCRETE

GENERAL

All works falling under this category shall include reinforced concrete for all kinds and parts

of any reinforced concrete structure.

MATERIALS

a. Cement

Cement used shall be Type I Portland conforming to the requirements of the

latest revision of ASTM C 150 “Standard Specifications for Portland cement”.

b. Coarse Aggregates

Coarse Aggregates shall be washed, well graded, hard pieces of gravel,

crushed gravel or rock conforming to the requirements of ASTM C 33

“Standard Specification for Concrete Aggregates”.

c. Fine Aggregates

Fine Aggregates shall be washed sand, stone screenings or other inert

materials of same characteristics, or any combination thereof composed clean,

hard, strong, uncoated grains and free from injurious amount of dust, lumps of

clay, shale, alkali, and organic matter. It shall conform to the requirements of

ASTM C33 “Standard Specifications for Concrete Aggregates”. Beach sand

shall not be used unless approved by the Engineer.

d. Admixtures

Unless otherwise required by field conditions admixtures may be used subject

to the expressed approval of the Engineer. The cost thereof shall be

considered as already included in the unit cost bid of the Contractor for the

concrete.

STORAGE OF MATERIALS

a. Cement shall be stockpiled as closely as possible in weatherproof storage

sheds, stacks suitably elevated above ground to prevent cement absorption of

moisture.

b. Aggregates shall be placed in stockpile in a manner preventing segregation

thereof and contamination with foreign materials.

c. Reinforcing steel bars shall be stored properly, covered and protected from

humidity to prevent rusting and contamination with oil, dirt or other

objectionable matters.

DESIGNED STRENGTH OF CONCRETE

Concrete for non-structural parts or members such as partition walls and slab on fill

shall develop a minimum 28-day cylinder strength of 3,500 psi. unless otherwise

indicated in the drawings.

TRIAL BATCH FOR CONCRETE

30

Thirty (30) calendar days before the start of concreting works, the Contractor shall

submit design mixes and the corresponding test result made on sample thereof.

Sampling and testing shall be in accordance with the ASTM Standard procedures for

sampling and testing, for the particular design strength(s) required.

The particulars of the mix such as the slump and the proportionate weights of cement,

saturated surface dry aggregates and water used shall be stated. Test results shall

show 28-day strength(s) fifteen (15%) percent higher than the ultimate strength(s)

required.

CONCRETE PROPORTION AND CONSISTENCY

Concrete proportion should produce mix consistencies that will work readily into

angles and corners of the forms and around reinforcements irrespective of the method

of placing employed, without permitting the materials to segregate or excess water to

collect on the surface of the concrete and with separated individual particles of

aggregates showing coating of mortar with proportionate amount of sand. The total

aggregate in the proportion used shall be such that when sieved, the weight passing

the No. 4 standard sieve shall be thirty percent (30%) of the total.

The methods used for measuring materials going into the concrete mix shall permit

easy checking and control of proportions at any time during the work.

MIXING OF CONCRETE

All concrete used shall be machine-mixed at the site. Each batch shall be mixed at the

mixer’s design speed, for at least 1-1/2 minutes after all concrete materials are

simultaneously placed in the mixer. The ideal rotation speed of the mixer shall be

between 14 and 20 rpm.

All mix contents of the mixer shall be thoroughly removed before any succeeding

batch is placed.

The materials for the first batch shall contain sufficiently excess cement, sand and

water to coat the inside walls of the mixer without reducing the required mortar

content of the mix.

The mixer shall be provided with devices for accurately measuring and controlling the

amount of water used in each batch and for automatically recording the number of

revolutions of the mixer.

Hand mixing of concrete will only be allowed in case of mixer breakdown, in which

case it shall be stopped as soon as pouring for the particular section is completed, or at

a construction joint as directed by the Engineer.

Retempering or remixing of partially hardened concrete with the addition of water

will not be permitted.

PLACING OF CONCRETE

31

a. Concrete shall be placed in the presence of the Engineer only after the forms,

reinforcing bars and other spaces to receive the concrete have been inspected

and approved by him.

b. Concrete shall be placed only when wind and weather conditions will allow

proper placement and curing of the concrete. Notice of any concreting

operations shall be served to the Engineer at least three (3) days ahead of each

schedule.

c. Mixed concrete shall be deposited in its final position within a practicable

time. Each succeeding fresh deposit for particular structural member shall be

placed at a practicable rate to prevent cold joints. Each successive fresh

deposit of concrete shall be vibrated vertically at uniformly spaced points and

levels, of such duration and intensity to compact the concrete thoroughly but

shall be discontinued the moment segregation of materials is noticed.

d. Where concreting operations involve a fall more than 1.50meters (4.92 feet),

the fresh concrete shall be poured through approved sheet metal conduit or

pipes. The pipes shall be kept full of concrete and its lower end kept below

the surface of concrete throughout the pouring operations.

e. Deposition of concrete shall be in such a way as to prevent segregation of the

materials and the displacement of the reinforcement. Placing shall be done

preferably with the use of buggies, buckets or wheel-borrows. Troughs,

conveyors and pipes and the manner of use of each one shall be with the

expressed permission of the Engineer.

f. Each layer of concrete shall be placed approximately normal as possible in

uniform layers not exceeding 0.30 meter, unless otherwise ordered. The rate

of placing concrete in the forms shall preferably be 0.025 meter (0.082 feet)

vertical rise per minute.

FORMS AND FALSEWORK

All forms and falsework to be used in the work must be designed, and constructed by

the Contractor for rigidity and adequacy for carrying the loads of the fresh concrete

and/or additional superimposed construction loads. The Authority may from time to

time verify the adequacy and safety of such temporary works and may require the

Contractor to submit detailed designed drawings of forms and falseworks proposed to

be used. Approval of such drawings or design of forms, however, shall not relieve the

Contractor of his liability on resulting imperfections or damages to the finished

concrete, or other damages which may directly result therefrom.

Forms may be re-used but shall be scrapped by a wire brush of all clinging mortar.

Bulges should be planed and realigned prior to its use.

Prior to placing concrete form surfaces should be oiled for easy form removal.

However, the oil coating should not be so thick as to stain and soften the concrete

surface. Oil coatings should be applied before rebars are placed.

CURING AND WATERPROOFING

All concrete shall be cured for at least 14 days after the date of placing in accordance

with the approved and accepted methods.

32

FINISHING OF CONCRETE SURFACES

Concrete surfaces shall conform accurately to the form, alignment, grades and

sections shown in the drawings or as prescribed by the Engineer. It shall be free from

bulges, ridges, honeycombing or roughness of any kind, and shall be of a reasonably

smooth wood float finish.

TREATMENT OF SURFACE DEFECTS

All irregular concrete surfaces, voids, holes, honeycombs exposed after removal shall

be repaired by the Contractor in such a way that the repaired surface will be

acceptable.

PLACING OF REINFORCEMENT

Metal reinforcement shall be placed as accurately detailed on drawings and properly

secured by approved means.

All bars shall be cold bent unless approved otherwise by the Engineer. Minimum

distance between parallel bars shall be one and one half (1 1/2) times the diameter for

round bars and twice the side dimension for square bars. The clear distance between

bars shall not be less that 30 cm. (1 ft.) nor less that one and one third (1 1/3) times

the maximum size of the coarse aggregate, whichever is bigger.

All reinforcing steel shall be cleaned of all rust or scale and deleterious materials

which tend to destroy the bond between the concrete and the steel.

REINFORCING BAR SPLICES

Generally, splice/s of reinforcement at points of maximum stress especially in slabs,

beams and girders shall be avoided. Such splice/s may however be approved by the

Engineer in writing provided the lap if bonded or butt welded is sufficient to transfer

tensile stress between bars by at least 125% of the specified yield strength of the

reinforcing bar. For adjacent bars splices shall be staggered.

READY-MIXED CONCRETE

Where ready-mixed concrete is used, the requirements specified for batching, mixing

and transporting shall be in accordance with the requirements set forth in ASTM C94

Specifications for Ready-Mixed Concrete unless otherwise specified.

1. The Contractor shall notify the Engineer seven (7) days in advance before any

continuous phase of concreting operations is started. Upon notification, the

Engineer shall have the right to inspect the ready-mixed concrete supplier’s

plant/equipment and all materials and/or sources thereof. The Contractor must

coordinate with the supplier and must provide safe and adequate guidance for

the Engineer or his representative in conducting such examinations.

2. For all ready-mixed concrete delivered to site of work, discharge shall be

completed within one hour after the addition of cement to the aggregates or

33

before the drum is revolved 25 times, whichever comes first. Under

conditions contributing to the stiffening of concrete especially during hot

weather, the time required between the introduction of cement to the

aggregates and discharge of the mix may still be reduced by the Engineer.

3. Truck mixers shall be equipped with counters indicating the number of

revolutions of the drums which shall be automatically actuated at the time of

starting mixers at mixing speed.

4. Each batch or truck delivery of concrete shall be mixed inside the drum for not

less than 70 revolutions of the drum at the rate of rotation designated by the

equipment manufacturer. Additional mixing if ordered by the Engineer shall

be at the speed designated as agitating speed by the manufacturer of the

equipment.

5. Concrete for individual batches or deliveries should be of uniform

consistency, mix and grading. If slump tests of a minimum 2 samples taken

within 15 minutes of each other at approximately 15% and 85% discharge load

give values differing more than 2.54 cm. (1 in.) when the specified slump is 76

mm. (3 in.) , use of the particular mixer in the work shall be stopped until

corrections are made to prevent such conditions, which shall be confirmed by

further slump tests.

6. Every batch of ready-mixed concrete delivered at the job site shall be

accompanied by a ticket furnished in accordance with Section 15 of ASTM

94. The time when the materials were batched shall also be indicated.

7. Non-agitating equipment or combination truck and trailer equipment for

transporting concrete will not be permitted.

8. The Authority reserves the right to verify from time to time the quality and

quantity of materials used in every cement batch from the batching plant. The

Contractor shall be aware of this provision and make the proper arrangement

with the concrete supplier.

TEST ON CONCRETE

Test on concrete shall be in accordance with the following:

a. Concrete samples for tests shall be secured and molded in accordance with

ASTM C172 - “Method of sampling Concrete”, and ASTM C31 -

“Method of making Curing, Concrete Compression and Flexure Test

specimens in the field”.

b. Strength tests on samples shall be made in accordance with ASTM C39 -

“Standard Method of Test for Compressive Strength of Molded Concrete

Cylinder”.

Not less than four (4) cylindrical specimens shall be made for each test of

which at least two (2) shall be reserved for 28-day test. Not less than one (1)

34

test shall be made for every fifty (50) cubic meters of concrete but in no case

less than one (1) test for each day’s concreting.

Samples shall be taken by the Contractor under close supervision of the

Engineer; and shall be delivered as soon as practicable for testing, at his

expense, to the designated laboratories.

The average strength of test samples representing any definite class of

concrete used as well as the average of any five (5) consecutive strength tests

representing the class of concrete shall be equal to or greater than the specified

strength and not more than one (1) strength test in ten (10) shall have an

average value less than 90% of the specified strength.

If the test results indicate strength values less than the required, the Project

Manager shall have the right to order a change in the concrete proportion used

for the remaining work, or in the procedure of curing the concrete.

FIELD TESTS

Field tests as may be deemed necessary to check on the quantity of the materials and mixtures

and the manner of construction employed shall be conducted by the Project Engineer

assigned to the project. And when such tests result to values less than that tolerated by

standards set in applicable provisions of the ASTM Specifications referred to herein, or

contrary to accepted good Engineering practice, the Contractor shall comply to any

instructions given by the Project Engineer to upgrade the materials used and method of

construction employed.

METAL WORKS

SCOPE OF WORK

The work includes the furnishing and installation of miscellaneous metal necessary to

complete the work in accordance with this specification unless required otherwise on

the plans.

2.1 GENERAL PROVISIONS

The AISC Specification for the Design, Fabrication and Erection of Structural Steel

for Buildings, Association of Structural Engineers of the Philippines (ASEP)

Handbook of Structural Steel Shapes and Sections shall govern the Work. Welding

shall be in accordance with the AWS Code and as herein specified or any other

welding standard, approved by the Engineer.

Certification: Two (2) certified copies of mill test reports including names and

locations of mills and shops shall be furnished for all structural steel.

Responsibility for Errors: The Contractor shall be responsible for all errors of

detailing, fabrication and for the correct fitting of the structural members.

35

Storage of Materials: The materials shall be stored out of contract with the ground in

such manner and location as will minimize contamination and deterioration.

2.2 MATERIALS

Structural steel shall conform to ASTM A 36. All materials shall be of new stock,

free from surface imperfections and shall conform to the applicable ASTM, API

Specifications or other equivalent standards.

Steel Plates, Bars and Rods - Plates, bars and rods shall be local standard commercial

steel of sizes as indicated on the plans and approved by the Engineer.

Fastener and Anchor Bolts - Fasteners, anchor bolts necessary for the installation of

the work shown on the plans shall be of a standard commercial grade as approved by

the Engineer.

Bolts, Nuts and Washers - Bolts, nuts and washers shall be local standard commercial

grade of size as indicated on the plans conforming to ASTM A 325 or AASHTO

M164.

Welding - Employ only welding equipment electrodes welding wire and fluxes

capable of producing satisfactory welds when used by a qualified welder or welding

operator using qualified welding procedures. It shall conform to this AWS D1.1-183,

E70XX Series.

2.3 DELIVERY OF MATERIALS

Deliver anchor bolts and other anchorage devices which are embedded in cast-in-

place concrete construction to the project site in time to be installed before the start of

work.

Provide setting drawings, templates, and directions for installation of anchor bolts and

other devices.

Number in accordance with shop drawings the materials tested and approved by the

Engineer before delivery to the site. Prepare a list showing number, size, quality and

quantities of materials.

Transport materials in accordance with material list and transportation. Schedule

approved by the Engineer.

Protect materials to prevent damage during transportation. Package and label small

parts such as bolts or rivets.

2.4 FABRICATION

Fabricate structural steel in the shop to the greatest extent possible for transporting in

accordance with the AISC Building Code and ASEP Handbook with the modification

and additional specified in this section.

36

The Contractor shall verify all measurements in the field, submit shop drawings to the

Engineer showing sizes, gauges, detailed of construction, method of assembly and

installation.

Fabrication of work shall not commence until all shop drawings are approved by the

Engineer.

Shop connections: As detailed on the drawings or as approved by the Engineer.

a. Provide for bolted or welded connections as shown on the Drawings or as

approved by the Engineer.

b. Use high strength threaded fasteners for bolted connections, except where

standard threaded fasteners are permitted.

High Strength bolted construction assembly shall be tightened in accordance with

Specification for Structural Joints, AISC.

2.5 FIELD ERECTION

Steel erection shall conform to the requirements of this specification and to the

applicable requirements of AISC “Specification for the Design, Fabrication and

Erection of Structural Steel for Buildings”, and the AISC “Code of Structural Practice

for Steel Buildings and Bridges”.

2.6 FIELD ASSEMBLY

Assemble structural steel frames accurately to the lines and elevations indicated

within the specified tolerance.

Align and adjust accurately various members forming parts of a complete frame or

structure before fastening.

Fasten splices of compression members after the abutting surfaces have been brought

completely into contact.

Clean bearing surfaces and surfaces in permanent contact, of rust and scale before

members are assembled.

Splices shall be permitted only where indicated.

Bolt and weld field connections as specified in “Fabrication”.

Remove weld backing strips from welds designated for ultrasonic testing.

Remove run-off tabs and grind surfaces where requested by the Engineer.

Clean weld spatter from surfaces contacted.

Field correction of fabrication by gas cutting not permitted on any major member in

the structural framing without prior approval of the Engineer.

37

Mark structural steel members of high strength steels to permit visual verification of

the grade of steel used.

PAINTING WORKS

Color and Samples - All finish colors shall be as selected by the Owner. In multicoat work

using color pigmented paints, each coat shall have sufficient variation of color to easily

distinguish it from preceding coat.

Using specified or approved materials, 3 sample panels of each finish, including all coats

thereof shall be prepared and submitted for the Owner’s approval. Complete work shall

match approved colors and samples.

PREPARATION OF SURFACES

a) General - Except as otherwise specified, surfaces to be painted shall be clean,

smooth and dry. The Constructor shall report to the Engineer in writing any

surface which cannot be properly prepared for painting. If work is commenced

before defects have been reported and corrected, any resulting unsatisfactory

finish shall be rectified at no cost to the PPA.

b) Concrete and Masonry - All concrete and masonry surfaces shall be cured

thirty days prior to painting. Dirt, dust, oil, grease, efflorescences and other

deleterious matter shall be removed and surface roughened when necessary to

insure good paint adhesion. The method of surface preparation shall be left to

the discretion of the Constructor, but results obtained shall be satisfactory to

the Engineer. Before application of resin emulsion paint, surfaces shall be

prepared in accordance with manufacturer’s directions. Before application of

oil base or latex paints, surfaces shall be tested for presence of alkali; if alkali

is present, neutralize as recommended by the manufacturer of the paint

materials to be applied.

c) Plaster - Dirt, dust, loose plaster and other deleterious matter which would

prevent good paint adhesion shall be removed. All holes, cracks and

depression shall be neatly filled with patching plaster, mixed and applied to

match existing plaster. Patches shall be sanded flush and smooth and properly

sealed before applying prime coat. After priming surfaces, suction spots shall

be touched up with additional prime coat material until surfaces evidence a

uniform coating. Enamel undercoats on smooth plaster shall be sandpapered

by hand (with No. 00 sandpaper) and dusted clean before applying succeeding

coat.

d) Metal - Dirt, scale and rust shall be removed by scraping, wire brushing and

sanding or sandblasting as required. Oil and grease shall be removed with

mineral spirits or appropriate solvent. Before painting ferrous metal surfaces,

including galvanized ferrous metal, surfaces shall be pre-treated with approved

phosphoric acid etching cleaner in accordance with the manufacturer’s

direction to produce a chemically clean surface. Unless already performed in

accordance with specifications of other sections, abrasions and bare spots in

38

shop prime coatings shall be touched up with metal primer matching the shop

coatings. Enamel undercoats shall be sandpapered by hand (with No. 00

sandpaper) and dusted clean before applying succeeding coat.

e) Woodwork - Unless already properly sanded, woodwork shall be sandpapered

smooth by hand. Before priming surfaces, knots, pitch pockets and sap streaks

shall be thoroughly cleaned of residue and touched up with shellac varnish

coating. After priming surface, nail holes, cracks and depressions shall be

neatly filled with putty or other approved filler, colored to match required

finish. Enamel undercoats shall be sanded by hand (with No. 00 sandpaper)

and dusted clean before applying succeeding coat.

APPLICATION OF PAINT

a) General - All painting and finishing shall be performed by skilled craftsmen.

Each coat of paint shall be applied with the right consistency, evenly, free of

laps, sags and runs and cut sharply to required lines. Paint shall be applied

only under dry and dust free conditions that will insure properly finished

surfaces, free of defects and blemishes unless otherwise directed by the

engineer. Paint shall not be applied when temperature is likely to be above

90F. Sufficient time shall be allowed between applications of coats. All

primer and intermediate coats shall be unscarred and completely integral at

time of application of each succeeding coat. The Engineer shall be notified

when each coat has been applied and is ready for inspection; until coat is

inspected and approved by the Engineer, no succeeding coats shall be applied.

Whenever the coats of a dark colored paint are specified the first coat shall

contain sufficient powdered aluminum to act as an indicator for proper

coverage when applying the second coat.

b) Method of Application - Paint should be applied by brush, spray, or other

application method approved by the Engineer.

Priming and Back painting

1) Priming - Before installation, all surfaces of millwork which are to be

painted shall be primed giving particular attention to sealing of cross

grained surfaces. In all cases, all work shall be primed as soon as

possible after installation, as required, or in case of prefabricated items,

at fabricators shop or mill before shipment, if practicable. Except as

otherwise specified, priming shall consist of first coat herein after

specified under “Finishes”.

2) Back-Painting - Woodwork, millwork and casework to be

installed against concrete masonry or plaster shall be back painted with

one coat of exterior oil paint.

39

Section VII. Drawings

40

41

42

Section VIII. Bill of Quantities

43

44

45

Section IX. Checklist of Technical and Financial

Documents

46

Checklist of Technical and Financial Documents

I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents

⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

or

⬜ (b) Registration certificate from Securities and Exchange Commission (SEC),

Department of Trade and Industry (DTI) for sole proprietorship, or

Cooperative Development Authority (CDA) for cooperatives or its equivalent

document;

and

⬜ (c) Mayor’s or Business permit issued by the city or municipality where the

principal place of business of the prospective bidder is located, or the

equivalent document for Exclusive Economic Zones or Areas;

and

⬜ (e) Tax clearance per E.O. No. 398, s. 2005, as finally reviewed and approved by

the Bureau of Internal Revenue (BIR).

Technical Documents

⬜ (f) Statement of the prospective bidder of all its ongoing government and

private contracts, including contracts awarded but not yet started, if any,

whether similar or not similar in nature and complexity to the contract to be

bid; and

⬜ (g) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar

to the contract to be bid, except under conditions provided under the rules;

and

⬜ (h) Philippine Contractors Accreditation Board (PCAB) License;

or

Special PCAB License in case of Joint Ventures;

and registration for the type and cost of the contract to be bid; and

⬜ (i) Original copy of Bid Security. If in the form of a Surety Bond, submit also a

certification issued by the Insurance Commission;

or

Original copy of Notarized Bid Securing Declaration; and

(j) Project Requirements, which shall include the following:

⬜ a. Organizational chart for the contract to be bid;

⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project

Engineers, Materials Engineers, and Foremen), to be assigned to the

contract to be bid, with their complete qualification and experience

data;

⬜ c. List of contractor’s major equipment units, which are owned, leased,

and/or under purchase agreements, supported by proof of ownership

or certification of availability of equipment from the equipment

lessor/vendor for the duration of the project, as the case may be; and

⬜ (k) Original duly signed Omnibus Sworn Statement (OSS);

and if applicable, Original Notarized Secretary’s Certificate in case of a

47

corporation, partnership, or cooperative; or Original Special Power of

Attorney of all members of the joint venture giving full power and authority

to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents

⬜ (l) The prospective bidder’s audited financial statements, showing, among

others, the prospective bidder’s total and current assets and liabilities,

stamped “received” by the BIR or its duly accredited and authorized

institutions, for the preceding calendar year which should not be earlier than

two (2) years from the date of bid submission; and

⬜ (m) The prospective bidder’s computation of Net Financial Contracting Capacity

(NFCC).

Class “B” Documents

⬜ (n) If applicable, duly signed joint venture agreement (JVA) in accordance with

RA No. 4566 and its IRR in case the joint venture is already in existence;

or

duly notarized statements from all the potential joint venture partners stating

that they will enter into and abide by the provisions of the JVA in the

instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE

⬜ (o) Original of duly signed and accomplished Financial Bid Form; and

Other documentary requirements under RA No. 9184

⬜ (p) Original of duly signed Bid Prices in the Bill of Quantities; and

⬜ (q) Duly accomplished Detailed Estimates Form, including a summary sheet

indicating the unit prices of construction materials, labor rates, and equipment

rentals used in coming up with the Bid; and

⬜ (r) Cash Flow by Quarter.

48

Section X. Bidding Forms

49

_________________________________________________________________________

BID FORM

Date : _________________

Project Identification No. : _________________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the Supplemental

or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly acknowledged,

we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins,

for the Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs;

c. The total price of our Bid in words and figures, excluding any discounts offered

below is: [insert information];

d. The discounts offered and the methodology for their application are: [insert

information];

e. The total bid price includes the cost of all taxes, such as, but not limited to: [specify

the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii) local taxes,

and (iv) other fiscal levies and duties], which are itemized herein and reflected in the

detailed estimates,

f. Our Bid shall be valid within the a period stated in the PBDs, and it shall remain

binding upon us at any time before the expiration of that period;

g. If our Bid is accepted, we commit to obtain a Performance Security in the amount of

[insert percentage amount] percent of the Contract Price for the due performance of

the Contract, or a Performance Securing Declaration in lieu of the the allowable

forms of Performance Security, subject to the terms and conditions of issued GPPB

guidelines1 for this purpose;

h. We are not participating, as Bidders, in more than one Bid in this bidding process,

other than alternative offers in accordance with the Bidding Documents;

50

i. We understand that this Bid, together with your written acceptance thereof included

in your notification of award, shall constitute a binding contract between us, until a

formal Contract is prepared and executed; and

j. We understand that you are not bound to accept the Lowest Calculated Bid or any

other Bid that you may receive.

k. We likewise certify/confirm that the undersigned, is the duly authorized

representative of the bidder, and granted full power and authority to do, execute and

perform any and all acts necessary to participate, submit the bid, and to sign and

execute the ensuing contract for the [Name of Project] of the [Name of the Procuring

Entity].

l. We acknowledge that failure to sign each and every page of this Bid Form, including

the Bill of Quantities, shall be a ground for the rejection of our bid.

Name: ___________________________________________________________________

Legal Capacity: ____________________________________________________________

Signature: ________________________________________________________________

Duly authorized to sign the Bid for and behalf of: __________________________________

Date: ___________________

51

Omnibus Sworn Statement (Revised)

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES )

CITY/MUNICIPALITY OF ______ ) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of

Affiant], after having been duly sworn in accordance with law, do hereby depose and state that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name of

Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized and

designated representative of [Name of Bidder] with office address at [address of Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative of

[Name of Bidder], I have full power and authority to do, execute and perform any and all

acts necessary to participate, submit the bid, and to sign and execute the ensuing contract for

[Name of the Project] of the [Name of the Procuring Entity], as shown in the attached duly

notarized Special Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and

authority to do, execute and perform any and all acts necessary to participate, submit the bid,

and to sign and execute the ensuing contract for [Name of the Project] of the [Name of the

Procuring Entity], as shown in the attached [state title of attached document showing proof

of authorization (e.g., duly notarized Secretary’s Certificate, Board/Partnership Resolution,

or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the

Philippines or any of its agencies, offices, corporations, or Local Government Units, foreign

government/foreign or international financing institution whose blacklisting rules have been

recognized by the Government Procurement Policy Board, by itself or by relation,

membership, association, affiliation, or controlling interest with another blacklisted

person or entity as defined and provided for in the Uniform Guidelines on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an authentic

copy of the original, complete, and all statements and information provided therein are true

and correct;

52

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized

representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the

Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical

Working Group, and the BAC Secretariat, the head of the Project Management Office or the

end-user unit, and the project consultants by consanguinity or affinity up to the third civil

degree;

[If a partnership or cooperative:] None of the officers and members of [Name of Bidder] is

related to the Head of the Procuring Entity, members of the Bids and Awards Committee

(BAC), the Technical Working Group, and the BAC Secretariat, the head of the Project

Management Office or the end-user unit, and the project consultants by consanguinity or

affinity up to the third civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling

stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members of

the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC

Secretariat, the head of the Project Management Office or the end-user unit, and the project

consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in

compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;

b. Acknowledging all conditions, local or otherwise, affecting the implementation of the

Contract;

c. Making an estimate of the facilities available and needed for the contract to be bid, if

any; and

d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee, or

any form of consideration, pecuniary or otherwise, to any person or official, personnel or

representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the

obligations and undertakings in the contract shall be sufficient grounds to constitute criminal

liability for Swindling (Estafa) or the commission of fraud with unfaithfulness or abuse of

confidence through misappropriating or converting any payment received by a person or

53

entity under an obligation involving the duty to deliver certain goods or services, to the

prejudice of the public and the government of the Philippines pursuant to Article 315 of Act

No. 3815 s. 1930, as amended, or the Revised Penal Code.

IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at

____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED

REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

54

_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)

CITY OF _______________________) S.S.

BID SECURING DECLARATION

Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid

Security, which may be in the form of a Bid Securing Declaration.

2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any

procurement contract with any procuring entity for a period of two (2) years upon receipt of

your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under Section 6

of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15) days from

receipt of the written demand by the procuring entity for the commission of acts resulting to

the enforcement of the bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1,

except 69.1(f),of the IRR of RA No. 9184; without prejudice to other legal action the

government may undertake.

3. I/We understand that this Bid Securing Declaration shall cease to be valid on the following

circumstances:

a. Upon expiration of the bid validity period, or any extension thereof pursuant to your

request;

b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to such

effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we filed a

waiver to avail of said right; and

c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we

have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]

[year] at [place of execution].

55

[Insert NAME OF BIDDER OR ITS AUTHORIZED

REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

56

CONSTRUCTION METHODOLODY

Name of Project :________________________________________________

Proposed Project Duration:____________________________________________

Location :________________________________________________

SCOPE OF CONSTRUCTION METHODOLOGY

NOTES:

The narrative construction method will guide and familiarize the Contractor and the PPA

on how the project shall be carried out in accordance with the highest standard of

workmanship.

The construction method shall be consistent with the Bar Chart/S-curve Schedule,

Equipment Schedule and manpower Schedule.

_______________________

Signature

(Authorized Signing Official)

57

FINANCIAL DATA

A. Summary of the Applicant Firm’s/Contractor’s assets and liabilities on the basis of the

attached audited financial statements, stamped “RECEIVED” by the Bureau of Internal

Revenue or BIR authorized collecting agent, for the immediately preceding calendar year.

Year 2020

1. Total Assets

2. Current Assets

3. Total Liabilities

4. Current Liabilities

5. Net worth (1-3)

6. Net Working Capital (2-4)

B. The Net Financial Contracting Capacity (NFCC) must be at least equal to the approved

budget for the contract to be bid.

NFCC = 15 (current asset - current liabilities) minus value of all outstanding works under

ongoing contracts including awarded contracts

NFCC = ___________________________________

Attached herewith are certified true copies of the audited financial statements stamped received

by the BIR or BIR authorized collecting agent for the latest/immediately preceding calendar

year.

__________________________

Name of Firm/Applicant

____________________________

Authorized Signing Official

Date:_______________________

NOTES:

1. If Partnership or Joint Venture, each Partner or Member Firm of Joint venture shall submit separate financial statements.

58

STATEMENT OF ALL ON-GOING GOVERNMENT AND PRIVATE CONTRACTS, INCLUDING CONTRACTS AWARDED BUT

NOT YET STARTED, WHETHER SIMILAR OR NOT SIMILAR IN NATURE

Names of the Contract or Title

Of the Project

Owner’s Name

And Address

Nature/ Scope

of Work

Contractor’s Role

(in percentage)

Total Contract Value At

Date of

Award

Value of

Outstanding Works

Estimated

Time of Completion

% of Accomplishment

Contract Duration

Award Project

Completion Date

Escalated

Value to Present

Prices

Planned

Actual

Start

Completed

a) Government

Contracts i. On-going

ii. Awarded but not yet started

b) Private

Contracts

i. On – going ii. Awarded but

not yet started

NOTES: 1] As appearing or defined in the contract entered/executed by the parties

2] With special reference to the Scope of Works as described/enumerated in the advertised Invitation to Bid. 3] Indicate whether as Sole Contractor, Sub-Contractor or Member in a Joint Venture/Consortium

4] Indicate the FOREX used if Contract Value is expressed in a currency other than the Philippine Peso. Specify the “Escalation Factor” used to escalate the Contract Value from completion date to the advertisement date of the Invitation to Bid per section 23.11.2(3) of R.A. 9184.

5] State Month and Year

________________________ ____________________

Name of Firm/Applicant Authorized Signing Official Date: ______________________

59

STATEMENT OF THE BIDDER’S SINGLE LARGEST COMPLETED CONTRACT (SLCC) SIMILAR TO THE CONTRACT TO BID

Names of the

Contract or Title

Of the Project

Owner’s

Name And Address

Nature/

Scope of Work

Contractor’s

Role and Percentage of

Completion

Total Contract Value At

Date of Award

Value of Outstanding

Works

Contract Duration

Award Completion Escalated

Value to Present Prices

Start

Completed

NOTES:

1. The prospective bidder must completed an SLCC that is similar to the contract to be bid and whose value, adjusted to current price using the PSA consumer price, must be at

…………least fifty.percent (50%) of the ABC to be bid. 2. This statement shall be supported by:

a. Notice of Award and/or Notice to Proceed b. Project Owner’s Certificate of Final Acceptance issued by the owner other than the Contractor or Constructors Performance Evaluation System (CPES) Final

…………………… Rating, must be at least satisfactory.

________________________ ____________________

Name of Firm/Applicant Authorized Signing Official Date: ________________________

60

EXPERIENCE RECORD ON SIMILARLY COMPLETED PROJECTS

(To be Filled-up by the Contractor/Applicant)

Major Operations of Work

Unit of

Measure

Quantity

Similar Major Operations of Works

Unit of

Measure

Quantity

Project. No. 1

Project No. 2

Project No. 3

Project No. 4

Project No. 5

NOTE: 1] Submit the Certificate of Completion/Certificate of Acceptance by the project owner, Final Recapitulation/Bill of Quantities and/or Constructors Performance Evaluation System (CPES) ratings, 1st, 2nd & final visit (If applicable). Projects with no Certificate of Completion/Acceptance and

Recapitulation/Bill of Quantities shall not be considered.

2] The Owner’s Certificate of Final Acceptance; or the Constructors Performance Evaluation Summary (CPES) Final Rating and/or the Certificate of

Completion, must be satisfactory.

______________________ __________________ Name of Firm/Applicant Authorized Signing Official Date: ____________________

61

STATEMENT ON AVAILABILITY OF KEY PERSONNEL

I hereby declare that the following key personnel enumerated below for the various positions/functions, namely:

Project Manager, Project Engineer, Materials Engineer, Construction Safety and Health Officer, and Foreman are available for the project applied for:

Position of Key

Personnel Name

No. of Key

Personnel

Experience in

the Position (Years) Attachments Annexes

Project Manager -PRC License (CE Preferred) -Complete Qualifications & Experience Data -Certificate of Commitment

Annex “__”

Project Engineer -PRC License (CE Preferred)

-Complete Qualifications & Experience Data -Certificate of Commitment

Annex “__”

Materials Engineer -PRC License (CE Preferred) -Submit valid & Renewed DPWH Cert. of Accreditation -Complete Qualifications & Experience Data -Certificate of Commitment

Annex “__”

Safety Officer -Cert. of Safety & Health Const. Related Course issued by DOLE accredited Trainings -Complete Qualifications & Experience Data -Certificate of Commitment

Annex “__”

Foreman -Complete Qualifications & Experience Data

-Certificate of Commitment Annex “__”

Other Position(s) -Complete Qualifications & Experience Data

-Certificate of Commitment Annex “__”

NOTE: Minimum qualification requirement: (work experience is similar in nature and complexity to the project to be bidded-out with regards to Registration Particulars of the ……………………Contractor’s License)

Project Manager - Five (5) years Materials Engineer – One (1) year

Project Engineer - Three (3) years Foreman - Five (5) years

________________________ _____________________

Name of Firm/Applicant Authorized Signing Official Date:_______________________

62

STATEMENT ON AVAILABILITY OF CONSTRUCTION EQUIPMENT/TOOLS (Please use separate Sheets if necessary)

I hereby declare that the following equipment listed below which are owned, under lease or under purchase agreement are in good operating condition and are available

for the project applied for, to wit:

No. of

Unit(s)

DESCRIPTION

(Type, Model, Make)

Capacit

y Output

Owned/Leased

and/or under purchase

agreement

Submitted Proof of

Ownership/Leased/Purchase

Agreement

(Mark as Annex “A…….Z”)

Manufacturer

Engine Serial No.

Chassis No.

(if applicable)

Location

Status

Note:

1] Indicate if owned or leased. If owned, state proof of ownership (i.e. deed of sale, sales invoice, official receipt). For Owned equipment, as required submit proof

of ownership (i.e.deed of sale, sales invoice, official receipt, LTO Registration).

2] the unit of each equipment shall be indicated in the list of equipment (i.e. Cu.m. for dump truck; HP for Concrete Vibrator, Backhoe, Grader,

Plate Compactor, Payloader, Compressor; Ton for Crane; Bagger for Concrete Mixer, Amp. For Welding Machine, etc.). ___________________________

Authorized Signing Official

63

CASH FLOW AND PAYMENT SCHEDULE

Name of Project:

______________________________________________________________________________

Project Duration (Days or Months) Payment Schedule (Monthly, in Pesos) Cash Flow (in Pesos)

TOTAL:

NOTES:

- The Cash Flow and Payment Schedule should be consistent with the Bar Chart and S-Curve.

- Advance Payment should be specified if contractor wants to avail - Payment Schedule shall not be more than once a month

_______________________

Authorized Signing Official

64

MANPOWER SCHEDULE

Name of project:

______________________________________________________________________________

MANPOWER (Minimum) Contract Duration (___ Calendar Days)

D A I L Y/WEEKLY

Project Manager (CE)

Project Engineer (CE)

Materials Engineer

Construction Safety and

Health Officer

General Foreman

Specify Other Applicable

Positions, etc.

___________________________

Authorized Signing Official

65

EQUIPMENT UTILIZATION SCHEDULE

Name of project:

______________________________________________________________________________

Item

No. DESCRIPTION

No.

of

Units

Owned /

Leased Contract Duration ( __ Calendar Days)

_____________________________

Authorized Signing Official

66

67